Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
MODIFICATION

70 -- Keysight Test Management Environment (TME) Calibration Software License Renewal - Amendment 1

Notice Date
8/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0113
 
Archive Date
9/14/2018
 
Point of Contact
Cynthia L. Jackson, Phone: 2568421732
 
E-Mail Address
cynthia.l.jackson76.civ@mail.mil
(cynthia.l.jackson76.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A This is a combined synopsis/solicitation that the Army Contracting Command (ACC) intends to award a solesource, firm-fixed price contract under the statutory 10 U.S.C.2304(c)(1) as implemented yb FAR 6.302-1, Only one Source and No Other Suppies or Services will Stisfy Agency Requirements. This contract will be awarded to Keysight Technologies (CAGE Code 511210). 9780 S. Meridian Blvd Englewood, CO 80112-5910 for 12 Keysight Test Management Environment Software License (N7800A). (Reference the attached, redacted Sole Source Justification and Approval (J&A) memo). The North American Industry Classification (NAICS) Code for this requirement is 511210 and size standard is 750 employees for Solicitation number W31P4Q-18-R-0113. The Government reserves the right to award without discussions. This notice is not a request for competitive quotations; therefore, a solicitation will not be issued. Interested concerns must show clear and convincing evidence tha the compeition of the requirement would be bendeficial to the Government and their capability to respond to this requirement by way of a capability statement. The Government will consider responses recieved by August 30, 2018. Award will be made without furhter notice August 30,2018, if no affirmative written responses are received by 12 noon. Oral communications are not acceptable in response to this notice. Any questions regarding this notice mus tbe submitted in writing via email to both points of contact. A determination by Government not to compete this requirement is solely within the discretion of Government. Information received will normally be considered for the purpose of determining wheter to conduct a compeitive procurement in the future. The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract to the original equipment manufacturer by the Keysight Technologies of Englewood, CO 80155 (CAGE 1LQK8). The statutory authority allowing for solicitation to a single source for this requirement is 10 U.S.C. 2304 (g) (1) (A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b) (1) titled - Soliciting from a single source and no other supplies or services will satisfy agency requirement. The government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. The U.S. Army TMDE Activity, Redstone Arsenal, AL (Acceptance DODAAC): W80RA6) shall be responsible for the receiving, inspection and acceptance requirements of DFAS Wide Area Workflow (WAWF) for all units. Contractor is authorized to return-ship and invoice individual units in WAWF as completed to decreased turnaround-time for return of the unit to its origin. The requiring activity requests the contract have a period of performance not more than 21 days from the date after receipt of order, if the equipment is already at the contractor facility for evaluation. Earlier return delivery is desired if at no additional cost to the government. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Proposals are due no later than August 15, 2018. The Contractor's proposal must be determined acceptable in terms of price reasonableness, and turn-around-time (not more than 21 days after receipt of order. Earlier return delivery is desired if at no additional cost to the government). Proposals shall be submitted by email only to cynthia.l.jackson76.civ@mail.mil. Any other electronic or hard copy submissions are not authorized. PROPOSALS/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Cynthia L. Jackson, 256-842-1732, email at cynthia.l.jackson76.civ@mail.mil or Adrian Epps, email: adrian.l.epps.civ@mail.mil. Primary Point of Contact: Cynthia L. Jackson Contract Specialist cynthia.l.jackson76.civ@mail.mil Phone: 256-842-1732 Secondary Point of Contact: Adrian Epps, Contracting Officer adrian.l.epps.civ@mail.mil Contracting Office Address: BLDG 5303 SPARKMAN CIR Redstone Arsenal, Alabama 35898-5090 United States Place of Contract Performance: Keysight Technologies Englewood, CO. 80155 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c7a367716b19bac5e4b44f1b3dca865)
 
Place of Performance
Address: Keysight Technologies, Englewood, CO 80155, United States, Englewood, Colorado, 80155, United States
Zip Code: 80155
 
Record
SN05038875-W 20180817/180815231410-8c7a367716b19bac5e4b44f1b3dca865 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.